Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2024 SAM #8135
SOLICITATION NOTICE

61 -- Refurbishment of Power Supply Modules (PSM) for ASDE-3 Radar System

Notice Date
3/4/2024 5:26:34 AM
 
Notice Type
Presolicitation
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-24-MS-00009
 
Response Due
3/14/2024 12:00:00 PM
 
Archive Date
03/29/2024
 
Point of Contact
Connie Houpt
 
E-Mail Address
connie.m.houpt@faa.gov
(connie.m.houpt@faa.gov)
 
Description
The FAA has a requirement for the modification and refurbishment (MOD) of Power Supply Modules (PSM) model 1764 for the Airport Surface Detection Equipment (ASDE)-3 radar system. The Model 1764 PSM is a custom unit originally designed by Quarterwave Corporation as part of the ASDE-3 system. Quarterwave is the only approved manufacturer for the PSM. The PSM is a critical part necessary to maintain ASDE-3 facilities. The current requirement is necessary to avoid extended outages at National Airspace Systems (NAS) ASDE-3 facilities. This contract will fabricate new components to modify/refurbish the PSMs which were deemed Beyond Economical Repair (BER) due to obsolete parts no longer available for purchase. Alternate sources for this PSM would require initial engineering time, first article production, testing and approval followed by production time. This delay in providing production units could result in extended outages within the NAS due to demand and supply of this asset. As a result, an increased number of NAS facilities could experience extended outages while qualifying an alternate source. It is the FAA�s intent to attempt to qualify an alternate source for the PSMs under a separate acquisition package. The responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting proposals at this time. The responses will be used to develop the source list for this requirement. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore, any cost associated with the market survey submission is solely at the interested vendor�s expense. The purpose of this market survey is to solicit statements of interest and capabilities from all businesses capable of providing the specified equipment. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. The NAICS CODE for this requirement will be 335311, Power, Distribution and Specialty Transformer Manufacturing, with a Small Business Size Standard of 800. The FAA intends to review all response submittals to establish the acquisition strategy for this requirement. To make this determination the FAA requires the following from interested vendors: 1. Capability Statement: a.��������� Clearly demonstrate that the interested vendor is qualified and capable of providing the required component b.�������� Identify type of manufacturing provided by your firm, c.��������� Identify size and type of products provided by previous contracts (elaborate and provide detailed information and past performance), 2.�������� Provide a copy of ISO 9001:2015 certification. 3.�������� Provide a point of contact number and name (either by phone, email or both) for questions. 4.�������� *Proof of Entity Registration in the System for Award Management (https://SAM.gov) 5.�������� A copy of the vendor's SBA 8(a) Certification Letter, if applicable or Certification of SDVOSB eligibility, if applicable. *Per the FAA Acquisition Management System (AMS), clause 3.3.1-33 System for Award Management (SAM), paragraph (b)(1) �By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.� Please respond by submitting complete capability statement by email to: connie.m.houpt@faa.gov. All responses to this market survey must be received by March 14, 2024, 2:00 pm CT marked as �6973GH-24-MS-00009 ASDE-3 PSM MOD Market Survey response�. ""This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women- owned concerns to acquire short- term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.""
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4ef940540d924066839fd436fbeb5ba2/view)
 
Record
SN06984985-F 20240306/240304230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.